HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #18553
Date: 11/20/2025
Commission Meeting Date: 12/11/2025
Requesting Department: Department of Risk
Management
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept - RFP - Insurance Brokerage Services
Purpose of Item:
The nature of this item is to authorize a Resolution of the Miami City Commission with
attachment(s), pursuant to Request for Proposals ("RFP") No. 1471386, from Risk
Management Associates, Inc. ("RMA"), for the provision of insurance brokerage services for
the Risk Management Department ("Risk"), on an as -needed contractual basis, for an initial
term of three (3) years, with the option to renew for two (2) additional one (1) year periods;
allocating funds from the various sources of funds from Risk; authorizing the City Manager to
execute the negotiated Professional Services Agreement ("PSA") In a form acceptable to the
City Attorney, and to negotiate and execute any and all documents, including any amendments,
renewals, and extensions subject to all allocations, appropriations and budgetary approvals
having been previously made, compliance with applicable provisions of the Code of the City of
Miami, Florida, as amended, ("City Code"), including, the City of Miami's Procurement
Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18
of the City Code, in a form acceptable to the City Attorney, and in compliance with all
applicable laws, rules and regulations, as may be deemed necessary for said purpose.
Background of Item:
On March 4, 2024, the Department of Procurement, on behalf of Risk, issued RFP No.
1471386 under full and open competition, to obtain proposals from experienced and qualified
firms for the provision of insurance brokerage services, in an effort to provide insurance
brokerage services to the City's departments, offices, and agencies, and to assist in the
management of the City's various insurance and self -insured, with excess when applicable,
programs ("Insurance Programs").
Proposers were required to meet all of the minimum qualification requirements established
within the RFP, in order to be deemed responsive. On May 21, 2024, four (4) proposals were
received in response to the RFP, all of which were deemed responsive. The Evaluation
Committee met on June 24, 2024, to discuss and evaluate the proposals. On January 29,
2025, Oral Presentations were held and the Evaluation Committee recommended that the City
enter into negotiations with RMA, the highest -ranked Proposer. On April 22, 2025, and August
28, 2025, Procurement and a designated negotiating team successfully completed negotiations
with RMA and recommended to the City Manager the execution of a contract with RMA, who
met all requirements and are the highest ranked responsive and responsible Proposer.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
Total Fiscal Impact: Approx. $1,545,000.00 for the initial three (3) Years Term.
Department of Risk Management
Office of Management and Budget
Department of Procurement
City Manager's Office
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the City Clerk
Reviewed B
David Ruiz
Marie Gouin
Annie Perez
Erica T. Paschal
Natasha Colebrook -Williams
Arthur Noriega V
Valentin J Alvarez
Thomas M. Fossler
George K. Wysong III
Maricarmen Lopez
City Clerk's Office
Department Head Review
Budget Review
Procurement Review
Assistant City Manager Review
Deputy City Manager Review
City Manager Review
Legislative Division Review
ACA Review
Approved Form and Correctness
Meeting
Rendered
Completed 11/20/2025 9:41 AM
Completed 11/20/2025 11:19 AM
Completed 12/01/2025 1:54 PM
Completed 12/01/2025 3:10 PM
Completed 12/01/2025 3:17 PM
Completed 12/01/2025 7:52 PM
Completed 12/02/2025 8:02 AM
Completed 12/02/2025 5:28 PM
Completed 12/02/2025 6:28 PM
Completed 12/11/2025 9:00 AM
Completed 12/11/2025 8:14 PM
City of Miami
Legislation
Resolution
Enactment Number: R-25-0531
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 18553 Final Action Date:12/11/2025
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
PURSUANT TO SECTION 18-86(C)(6)B OF THE CODE OF THE CITY OF MIAMI,
FLORIDA, AS AMENDED, ("CITY CODE"), APPROVING THE CITY MANAGER'S
AWARD RECOMMENDATION FOR REQUEST FOR PROPOSALS NO. 1471386,
ATTACHED AND INCORPORATED AS EXHIBIT "A," AND AUTHORIZING
CONTRACT NEGOTIATIONS WITH RISK MANAGEMENT ASSOCIATES, INC.
("CONTRACTOR") FOR THE PROVISION OF INSURANCE BROKERAGE SERVICES
FOR THE RISK MANAGEMENT DEPARTMENT ("SERVICES") FOR AN INITIAL
TERM OF THREE (3) YEARS WITH TWO (2) OPTION(S) TO RENEW FOR
ADDITIONAL ONE-YEAR TERMS IN AN ESTIMATED CONTRACT AMOUNT OF TWO
MILLION NINE HUNDRED SIXTEEN THOUSAND NINE HUNDRED AND 00/100
DOLLARS ($2,916,900.00), CONSISTING OF ESTIMATED ANNUAL FEES OF
($574,380.00) FOR THE INITIAL THREE-YEAR TERM PER YEAR, FIVE HUNDRED
EIGHTY NINE THOUSAND THREE HUNDRED EIGHTY AND 00/100 DOLLARS
($589,380.00) FOR RENEWAL YEAR ONE, AND SIX HUNDRED FOUR THOUSAND
THREE HUNDRED EIGHTY AND 00/100 DOLLARS ($604,380.00) FOR RENEWAL
YEAR TWO; ALLOCATING FUNDS FOR THIS PURPOSE FROM THE VARIOUS
SOURCES OF FUNDS FROM THE RISK MANAGEMENT DEPARTMENT'S
OPERATING BUDGET, OR OTHER LEGALLY AVAILABLE FUNDING SOURCES,
SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT
THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND
EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY,
WITH CONTRACTOR FOR THE SERVICES, CONSISTENT WITH THE TERMS SET
FORTH HEREIN; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE
AND EXECUTE ANY DOCUMENTS, INCLUDING AMENDMENTS, RENEWALS, AND
EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND
SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, AND PRIOR BUDGETARY
APPROVALS, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF THE
CITY CODE, INCLUDING, THE CITY OF MIAMI'S PROCUREMENT ORDINANCE,
ANTI -DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET
FORTH IN CHAPTER 18 OF THE CITY CODE, AND IN COMPLIANCE WITH ALL
APPLICABLE LAWS, RULES, AND REGULATION
WHEREAS, the City of Miami ("City") requires insurance brokerage services ("Services")
in order to support the City's departments, offices, and agencies and to assist in the
management of the City's various insurance and self -insured, with excess when applicable,
programs; and
WHEREAS, on March 4, 2024, the Department of Procurement ("Procurement") issued
Request for Proposals No. 1471386 ("Solicitation") to establish a contract for the Services; and
WHEREAS, on May 21, 2024, Procurement received four (4) proposals in response to
the Solicitation, of which, all proposals were found to be responsive to the Solicitation; and
WHEREAS, on June 24, 2024, the Evaluation Committee ("Committee"), appointed by
the City Manager, convened to discuss and evaluate the proposals consistent with the
Solicitation requirements; and
WHEREAS, on January 29, 2025, oral presentations were held, after which the
Committee scored the remaining proposals to recommend Risk Management Associates, Inc.
("Contractor") as the highest -ranked, responsive, and responsible Proposer; and
WHEREAS, on March 25, 2025, the City Manager concurred with the recommendation
of the Committee and authorized Procurement to enter into negotiations with Contractor for an
agreement for the provision of the Services; and
WHEREAS, on August 28, 2025, Procurement and the designated negotiating team
finalized the material terms with the Contractor; and
WHEREAS, the City Manager recommended Contractor for award of an agreement for
the Services for an initial term of three (3) years with two (2) option(s) to renew for additional
one-year term(s) in an estimated amount of Two Million Nine Hundred Sixteen Thousand Nine
Hundred and 00/100 Dollars ($2,916,900.00), consisting of estimated annual fees of Five
Hundred Seventy Four Thousand Three Hundred Eighty and 00/100 Dollars ($574,380.00) for
the initial three-year term per year, Five Hundred Eighty Nine Thousand Three Hundred Eighty
and 00/100 Dollars ($589,380.00) for renewal year one, and Six Hundred Four Thousand Three
Hundred Eighty and 00/100 Dollars ($604,380.00) for renewal year two, as further specified in
the recommendation memo attached and incorporated as Exhibit "A" ("City Manager's
Recommendation"); and
WHEREAS, Section 18-86 of the Code of the City of Miami, Florida, as amended ("City
Code") provides the procedures for use of competitive sealed proposals, including that awards
in excess of $50,000.00 must be approved by the City Commission upon recommendation by
the City Manager; and
WHEREAS, the City Commission desires to approve the award to Contractor and to
authorize the City Manager to negotiate and execute an agreement, and any necessary
amendments, renewals, and extensions, all in forms acceptable to the City Attorney and
consistent with the terms herein stated, for said purpose;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. Pursuant to Section 18-86(c)(6)b of the City Code, the award to Contractor
for the provision of the Services for an initial term of three (3) years with two (2) option(s) to
renew for additional one-year term(s) in an estimated amount of Two Million Nine Hundred
Sixteen Thousand Nine Hundred and 00/100 Dollars ($2,916,900.00), consisting of estimated
annual fees of Five Hundred Seventy Four Thousand Three Hundred Eighty and 00/100 Dollars
($574,380.00) for the initial three-year term per year, Five Hundred Eighty Nine Thousand Three
Hundred Eighty and 00/100 Dollars ($589,380.00) for renewal year one, and Six Hundred Four
Thousand Three Hundred Eighty and 00/100 Dollars ($604,380.00) for renewal year two, as
further specified in the City Manager's Recommendation, is hereby approved.
Section 3. Funds for this purpose shall be allocated from the various sources of funding
from the Risk Management Department's operating budget, or other legally available funding
sources, subject to the availability of funds and budget approval at the time of need.
Section 4. The City Manager is authorized1 to negotiate and execute an agreement, in a
form acceptable to the City Attorney, with Contractor for the Services consistent with the terms
set forth herein.
Section 5. The City Manager is further authorized to negotiate and execute any
documents, including amendments, renewals, and extensions, all in forms acceptable to the
City Attorney, and subject to all allocations, appropriations, and prior budgetary approvals, and
in compliance with applicable provisions of the City Code, including the City of Miami's
Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in
Chapter 18 of the City Code, and in compliance with all applicable laws, rules, and regulations,
as may be deemed necessary for said purpose.
Section 6. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ng III, C ty ttor -y 12/2/2025
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed, including but not limited to those prescribed by applicable City Charter and City Code
provisions.